(1) Searching for "2019021409540834133" in Archived Documents Library (TED-ADL)
Ausschreibung: Vermietung von Wasserfahrzeugen mit Besatzung - DE-Bayreuth
Vermietung von Wasserfahrzeugen mit Besatzung
Rettungsschiffe
Dienstleistungen in Verbindung mit Rettungsbooten
Dienstleistungen von Offshore-Versorgungsschiffen
Dokument Nr...: 72964-2019 (ID: 2019021409540834133)
Veröffentlicht: 14.02.2019
*
DE-Bayreuth: Vermietung von Wasserfahrzeugen mit Besatzung
2019/S 32/2019 72964
Auftragsbekanntmachung Sektoren
Dienstleistungen
Legal Basis:
Richtlinie 2014/25/EU
Abschnitt I: Auftraggeber
I.1)Name und Adressen
TenneT Offshore GmbH
Amtsgericht Bayreuth: HRB 4516
Bernecker Straße 70
Bayreuth
95448
Deutschland
Kontaktstelle(n): Dominik Schellhase
Telefon: +49 513289-2933
E-Mail: [1]dominik.schellhase@tennet.eu
NUTS-Code: DE
Internet-Adresse(n):
Hauptadresse: [2]https://www.tennet.eu/de/
Adresse des Beschafferprofils:
[3]https://platform.negometrix.com/PublishedTenders.aspx?tenderid=11223
4
I.2)Informationen zur gemeinsamen Beschaffung
I.3)Kommunikation
Die Auftragsunterlagen stehen für einen uneingeschränkten und
vollständigen direkten Zugang gebührenfrei zur Verfügung unter:
[4]https://platform.negometrix.com/PublishedTenders.aspx?tenderid=11223
4
Weitere Auskünfte erteilen/erteilt die oben genannten Kontaktstellen
Angebote oder Teilnahmeanträge sind einzureichen an die oben genannten
Kontaktstellen
I.6)Haupttätigkeit(en)
Strom
Abschnitt II: Gegenstand
II.1)Umfang der Beschaffung
II.1.1)Bezeichnung des Auftrags:
Provision of Emergency Response and Rescue Vessels and Guard Vessels
Referenznummer der Bekanntmachung: PRC-N-ODC-DS
II.1.2)CPV-Code Hauptteil
60651000
II.1.3)Art des Auftrags
Dienstleistungen
II.1.4)Kurze Beschreibung:
TenneT is looking for providers of ERRVs and guard vessels to conclude
contracts for the duration of 3 years per lot with possibilities to
twice extend the duration by another year. The tender is separated into
2 lots (per vessel type).
Lot 1 covers to provision of Emergency Response and Rescue Vessels
(ERRV) and crews to ensure safety of people working offshore over the
side or underneath the platforms. Main duties are to cover overboard
works and rescue persons from the water and providing them with first
aid.
Lot 2 covers the provision of guard vessels and crews. The scope of
work of the GV is to guard certain nearshore or offshore areas and
maintain position between the target location and area with the most
dense and dangerous traffic routes. The main activities of the GV are
permanent observation of surrounding vessel traffic and to inform all
vessels in the vicinity about the present activities via public
broadcasts or by non-visual obstructions within their guarding area.
II.1.5)Geschätzter Gesamtwert
II.1.6)Angaben zu den Losen
Aufteilung des Auftrags in Lose: ja
Angebote sind möglich für alle Lose
II.2)Beschreibung
II.2.1)Bezeichnung des Auftrags:
Emergency Response and Rescue Vessels (ERRV)
Los-Nr.: 1
II.2.2)Weitere(r) CPV-Code(s)
34513700
63725200
76522000
II.2.3)Erfüllungsort
NUTS-Code: DE
Hauptort der Ausführung:
North sea: German Bight and Dutch waters.
II.2.4)Beschreibung der Beschaffung:
Lot 1 covers the provision of Emergency Response and Rescue Vessels
(ERRV) and the respective crews. An ERRV is required by TenneT safety
regulations as well as international regulations during various
scenarios related to the operation of the platforms. It is to ensure
and increase the safety of the people working offshore, especially
during non-routine works at non-secured working environments, like over
the side or underneath the platform. The ERRV will be utilised during
scheduled maintenance campaigns as well as for short-term trouble
shooting and construction campaigns. The ERRV will be working in close
cooperation with the OIM/PIC or a designated project manager and will
stay in close vicinity of the platform. Main requirements which an ERRV
must fulfil are the following:
covering overboard works,
rescue from the water or recovering persons and providing them with
first aid,
take persons on board who have left the platform by means of
evacuation under uncontrolled circumstances,
take persons on board part of or the entire crew who have left the
platform by evacuation means under controlled circumstances.
II.2.5)Zuschlagskriterien
Die nachstehenden Kriterien
Qualitätskriterium - Name: Technical concept/availability / Gewichtung:
35
Qualitätskriterium - Name: Contractual conditions / Gewichtung: 25
Qualitätskriterium - Name: SHE (Safety, Health and Environment) concept
/ Gewichtung: 5
Preis - Gewichtung: 35
II.2.6)Geschätzter Wert
II.2.7)Laufzeit des Vertrags, der Rahmenvereinbarung oder des
dynamischen Beschaffungssystems
Beginn: 01/08/2019
Ende: 31/07/2022
Dieser Auftrag kann verlängert werden: ja
Beschreibung der Verlängerungen:
The contract expires after 36 months, unless the client requests an
extension of the contract, latest 3 months before expiration. The
contract can be prolonged twice, each time by 1 year.
The Client plans an actual commencement of the requested service
(commencement of work) on 1.8.2019, whereby, irrespective of the
conclusion of the contract, the agreed contract period begins.
II.2.9)Angabe zur Beschränkung der Zahl der Bewerber, die zur
Angebotsabgabe bzw. Teilnahme aufgefordert werden
Geplante Anzahl der Bewerber: 3
II.2.10)Angaben über Varianten/Alternativangebote
Varianten/Alternativangebote sind zulässig: nein
II.2.11)Angaben zu Optionen
Optionen: nein
II.2.12)Angaben zu elektronischen Katalogen
II.2.13)Angaben zu Mitteln der Europäischen Union
Der Auftrag steht in Verbindung mit einem Vorhaben und/oder Programm,
das aus Mitteln der EU finanziert wird: nein
II.2.14)Zusätzliche Angaben
Reg. II 2.9: Client reserves the right to negotiate with max. 3
candidates/lot. Selection of candidates for negotiations after
submission of offers will be based on the award criteria acc. section
II.2.5).
Submission of requests to participate by e-mail, post or fax is not
permitted. All documents to be uploaded via Negometrix only. A
violation of this will lead to exclusion of the candidate.
II.2)Beschreibung
II.2.1)Bezeichnung des Auftrags:
Guard Vessels
Los-Nr.: 2
II.2.2)Weitere(r) CPV-Code(s)
63725200
76522000
II.2.3)Erfüllungsort
NUTS-Code: DE
Hauptort der Ausführung:
North Sea: German Bight and Dutch Waters.
II.2.4)Beschreibung der Beschaffung:
Lot 2 covers the provision of guard vessels and the respective crews. A
guard vessel (GV) is required by TenneT safety regulations, BSH-permit
as well as international regulations during various scenarios.
The GV will work in close cooperation with the installation unit/OIM or
a designated project manager and will stay in close vicinity of the
area of operation. The vessel must maintain its position between the
guarded target location and the area with the most dense and dangerous
traffic routes. The scope of work of the GV is to guard certain
nearshore or offshore areas, e.g. during cable repairs, to protect
unburied cables and joints, UXO locations or to guard a platform during
a total blackout. For the specific tasks, the Client distinguishes
between GV of type A (24 knots), B (15 knots) and C (10 knots).
The main activities of a GV are the permanent observation of
surrounding ship traffic and to inform all vessels in the vicinity
about the present activities or non-visual obstructions within their
guarding area via public broadcasts.
II.2.5)Zuschlagskriterien
Die nachstehenden Kriterien
Qualitätskriterium - Name: Technical concept/availability / Gewichtung:
35
Qualitätskriterium - Name: Contractual conditions / Gewichtung: 25
Qualitätskriterium - Name: SHE (Safety, Health and Environment) concept
/ Gewichtung: 5
Preis - Gewichtung: 35
II.2.6)Geschätzter Wert
II.2.7)Laufzeit des Vertrags, der Rahmenvereinbarung oder des
dynamischen Beschaffungssystems
Beginn: 01/08/2019
Ende: 31/07/2022
Dieser Auftrag kann verlängert werden: ja
Beschreibung der Verlängerungen:
The contract expires after 36 months, unless the client requests an
extension of the contract, latest 3 months before expiration. The
contract can be prolonged twice, each time by 1 year.
The contracting entity plans an actual commencement of the requested
service (commencement of work) on 1.8.2019, whereby, irrespective of
the conclusion of the contract, the agreed contract period begins.
II.2.9)Angabe zur Beschränkung der Zahl der Bewerber, die zur
Angebotsabgabe bzw. Teilnahme aufgefordert werden
Geplante Anzahl der Bewerber: 3
II.2.10)Angaben über Varianten/Alternativangebote
Varianten/Alternativangebote sind zulässig: nein
II.2.11)Angaben zu Optionen
Optionen: nein
II.2.12)Angaben zu elektronischen Katalogen
II.2.13)Angaben zu Mitteln der Europäischen Union
Der Auftrag steht in Verbindung mit einem Vorhaben und/oder Programm,
das aus Mitteln der EU finanziert wird: nein
II.2.14)Zusätzliche Angaben
Reg. II 2.9: Client reserves the right to negotiate with max. 3
candidates/lot. Selection of candidates for negotiations after
submission of offers will be based on the award criteria acc. section
II.2.5).
Submission of requests to participate by e-mail, post or fax is not
permitted. All documents to be uploaded via Negometrix only. A
violation of this will lead to exclusion of the candidate.
Abschnitt III: Rechtliche, wirtschaftliche, finanzielle und technische
Angaben
III.1)Teilnahmebedingungen
III.1.1)Befähigung zur Berufsausübung einschließlich Auflagen
hinsichtlich der Eintragung in einem Berufs- oder Handelsregister
Auflistung und kurze Beschreibung der Bedingungen:
If an applicant wishes to apply for both lots, the applicant needs to
submit complete sets of documents for both lots.
Following requirements equally apply to lot 1 and lot 2.
Proof must be provided by presenting the following documents, which
represent TenneTs minimum conditions for all candidates:
please provide an up-to-date extract of commercial register, not
older than 3 months at the time of expiry of the participation period
for the applying company,
please provide a self-declaration that no grounds for exclusion under
§§ 123, 124 GWB exist (Form A7, the corresponding form Form A7 can
be downloaded via Negometrix and is to be submitted (uploaded) along
with the application for participation of the applicant/tenderer),
please provide a comprehensive company presentation providing
information about company structure/organisation, ownership, main
customers, and offered services,
Please provide a companys organisational chart including all company
locations and showing the total number of FTE (full-time employees).
Please follow the instructions given in the Information Memorandum
that can be downloaded from Negometrix. The form Annex A4 should be
used for verification purposes (can be downloaded from Negometrix).
In the event that the tenderer uses the capacities of another company
to obtain the necessary professional, financial and technical
qualifications under Sections III.1.1 to III.1.3 (e.g. group
companies), the Form A3 must be completed and handed in together with
the application for participation (the relevant documents can be
downloaded via Negometrix) by the tenderer in order to prove that the
other company/companies will be jointly and severally liable together
with the applicant.
III.1.2)Wirtschaftliche und finanzielle Leistungsfähigkeit
Auflistung und kurze Beschreibung der Eignungskriterien:
If an applicant wishes to apply for both lots, the applicant needs to
submit complete sets of documents for both lots.
Proof must be provided by presenting the following documents, which
represent TenneTs minimum conditions for all candidates per lot:
please provide your annual financial reports (at least the company
balance sheet and profit and loss) of the last 3 years that show an
average annual revenue of minimum 4 000 000,00 EUR in the last 3 years.
If an applicant wishes to apply for both lots, the required combined
average annual revenue is minimum 8 000 000,00 EUR in the last 3 years.
In case of a group involvement, this revenue relates to the total sales
of the group, provided that the bidder is 100 % owned by the group
parent and, in the case of forming a consortium, refers to the
cumulative revenue of the consortium partners,
please provide proof of existing business liability insurance with a
coverage of at least 2 500 000 EUR per claim for property damage,
personal injury and consequential loss (incl. duration of the
insurance) or provide a statement to take such insurance in case of
contract award,
please confirm that all vessels to be utilised in the course of the
contract will be properly insured with Marine Hull insurance/Hull and
Machinery insurance up to the full value of the vessel and will have a
P&I-insurance, or equivalent, with a minimum cover of 10 000 000,00
USD,
please confirm existence of a workers compensation and employers
liability insurance to cover claims that are not covered by the
insurance under P&I or similar, in accordance with legal requirements
regarding your employees and other persons for which you could be held
liable, if applicable, or confirm this is not required by legislation.
In the event that the tenderer uses the capacities of another company
to obtain the necessary professional, financial and technical
qualifications under Sections III.1.1) to III.1.3) (e.g. group
companies), the Form A3 must be completed and handed in together with
the application for participation (the relevant documents can be
downloaded via Negometrix) by the tenderer in order to prove that the
other company/companies will be jointly and severally liable together
with the applicant.
III.1.3)Technische und berufliche Leistungsfähigkeit
Auflistung und kurze Beschreibung der Eignungskriterien:
Proof must be provided by presenting the following documents, which
represent TenneTs minimum conditions for all candidates per lot:
Following minimum requirements apply to lot 1: ERRV
please provide references in the area of the services to be awarded
by stating at least three appropriate reference contracts executed in
2018,
please provide a complete list of all suitable ERRVs available on
short notice which are in your own fleet or in direct access to your
company (affiliated company, sub-contractor, consortium partner, third
party) that can be utilized for TenneT in case of contract award and
call-off. Clearly distinguish between own vessels and third party
vessels. Minimum requirement is a number of 4 ERRVs in the fleet or in
direct access which comply with TenneTs requirements,
please provide comprehensive datasheets for all suitable ERRVs as per
aformentioned vessel list. With the datasheet, please provide proof of
minimum length of 40,00 m LOA for each proposed vessel,
for each proposed ERRV, please complete the Excel Sheet Confirmation
of Certificates ERRV (can be downloaded via Negometrix). By completing
the document, you confirm compliance with TenneT's requirements and
applicable national/internatioal regulations,
please provide proof that all vessels are fully certified acc. NOGEPA
or UK Oil&Gas or Norwegian regulations/standards. Proof to be provided
by submission of the respective certificate,
please provide proof of compliance with Solas + ISM regulations
[proof by certificate(s)], for each proposed vessel, regardless the
size and tonnage of the vessel (we expect Solas and ISM for each
vessel, even if smaller than 500 GT). Proof to be provided by the
Safety Management Certificate (for ISM) and the Safety Equipment
Certificate (for Solas).
Following minimum requirements apply to lot 2: Guard Vessels (GV),
please provide references in the area of the services to be awarded
by stating at least three appropriate reference contracts executed in
2018,
please provide a complete list of all suitable GV available on short
notice which are in your own fleet or in direct access to your company
(affiliated company, sub-contractor, consortium partner, third party)
that can be utilised for TenneT in case of contract award and call-off.
Clearly distinguish between own vessels and third party vessels.
Minimum requirement are the following number of GVs in the fleet or in
direct access which comply with TenneTs requirements:
type A (24 kn) 1 vessel,
type B (15 kn) 3 vessels,
type C (10 kn) 3 vessels,
please provide comprehensive datasheets for all suitable GV (Type A,
B, C) as per aformentioned vessel list,
for each proposed GV, please complete the Excel Sheet Confirmation
of Certificates GV (can be downloaded via Negometrix). By completing
the document, you confirm the vessel is fully certified according to
BSH and TenneT requirements and that the vessels fulfil the
requirements regarding BSH obligations to provide evidence of minimum
speed in respective sea areas (type A = 24 kn, type B = 15 kn, type C =
10 kn), see section proof of speed.
In the event that the tenderer uses the capacities of another company
to obtain the necessary professional, financial and technical
qualifications under Sections III.1.1) to III.1.3) (e.g. group
companies), the Form A3 must be completed and handed in together with
the application for participation (the relevant documents can be
downloaded via Negometrix) by the tenderer in order to prove that the
other company/companies will be jointly and severally liable together
with the applicant.
III.1.4)Objektive Teilnahmeregeln und -kriterien
Auflistung und kurze Beschreibung der Regeln und Kriterien:
See VI.3).
III.1.5)Angaben zu vorbehaltenen Aufträgen
III.1.6)Geforderte Kautionen oder Sicherheiten:
III.1.7)Wesentliche Finanzierungs- und Zahlungsbedingungen und/oder
Hinweise auf Vorschriften, in denen sie enthalten sind:
III.1.8)Rechtsform, die die Unternehmensgruppe, der der Auftrag erteilt
wird, haben muss:
In the event that different bidders join together to form a consortium,
the contracting entity will only accept a joint liability of the
consortium.
A statement has to be made, using Form A2 (can be downloaded via
Negometrix), stating that all members of the bidding consortium are
jointly liable.
Furthermore, a clear consortia leader must be appointed. Moreover, the
exact bidder constellation has to be explained and the legal
construction needs to be visualized. The consortium structure shown in
the prequalification phase is considered as fixed and may not be
changed in the further proceedings.
III.2)Bedingungen für den Auftrag
III.2.1)Angaben zu einem besonderen Berufsstand
III.2.2)Bedingungen für die Ausführung des Auftrags:
III.2.3)Für die Ausführung des Auftrags verantwortliches Personal
Abschnitt IV: Verfahren
IV.1)Beschreibung
IV.1.1)Verfahrensart
Verhandlungsverfahren mit vorherigem Aufruf zum Wettbewerb
IV.1.3)Angaben zur Rahmenvereinbarung oder zum dynamischen
Beschaffungssystem
Die Bekanntmachung betrifft den Abschluss einer Rahmenvereinbarung
Rahmenvereinbarung mit einem einzigen Wirtschaftsteilnehmer
IV.1.4)Angaben zur Verringerung der Zahl der Wirtschaftsteilnehmer oder
Lösungen im Laufe der Verhandlung bzw. des Dialogs
IV.1.6)Angaben zur elektronischen Auktion
IV.1.8)Angaben zum Beschaffungsübereinkommen (GPA)
Der Auftrag fällt unter das Beschaffungsübereinkommen: nein
IV.2)Verwaltungsangaben
IV.2.1)Frühere Bekanntmachung zu diesem Verfahren
IV.2.2)Schlusstermin für den Eingang der Angebote oder Teilnahmeanträge
Tag: 12/03/2019
Ortszeit: 12:00
IV.2.3)Voraussichtlicher Tag der Absendung der Aufforderungen zur
Angebotsabgabe bzw. zur Teilnahme an ausgewählte Bewerber
Tag: 27/03/2019
IV.2.4)Sprache(n), in der (denen) Angebote oder Teilnahmeanträge
eingereicht werden können:
Deutsch, Englisch
IV.2.6)Bindefrist des Angebots
Das Angebot muss gültig bleiben bis: 01/08/2019
IV.2.7)Bedingungen für die Öffnung der Angebote
Abschnitt VI: Weitere Angaben
VI.1)Angaben zur Wiederkehr des Auftrags
Dies ist ein wiederkehrender Auftrag: nein
VI.2)Angaben zu elektronischen Arbeitsabläufen
VI.3)Zusätzliche Angaben:
The bidder can apply for lot 1, lot 2 or both lots. For each lot, a
separate call for competition has to be completed by submission of the
complete set of documents required per lot. Hence, a bidder applying
for both lots has to submit 2 separate sets of documents.
Please consider all tender documents and information provided on
Negometrix:
[5]https://platform.negometrix.com/PublishedTenders.aspx?tenderid=11223
4
Please carefully read the Information Memorandum made available on
Negometrix and follow the given instructions.
The application for participation must be submitted electronically (in
a standardised data format, such as PDF and MS Office format) via the
Negometrix e-Tendering Platform, including all required information and
supporting documents.
Pre-submission of the application documents by e-mail/post/fax is not
permitted and will lead to exclusion from the tender process.
The requests to participate must be submitted in due time and complete
by the deadline (see section IV.2.2).
Late submissions cannot be considered.
Incomplete sets of documents may lead to exclusion.
All documents referred to in point III.1) Conditions of participation
in this call for tender have to be submitted.
All attachments have to be submitted exclusively via Negometrix only.
Please use the templates made available on Negometrix.
In the case of a consortium, all parties of the consortium have to hand
in the same documents mentioned in section III.1) Conditions for
participation.
Please submit a comprehensive cover letter with the competition entry
form and indicate the contact details of your main contact person for
this call for competition.
The client is entitled to transfer the rights and obligations of the
subject matter of the contract to a special purpose vehicle (NewCo),
irrespective of whether third parties have already participated as
shareholders in this project company, or only after any transfer of
this master agreement to such a project participate.
§57 SektVO entitles the client to discontinue the award procedure at
any time. The period of §160 Abs. 3 No. 4 GWB is explicitly pointed
out.
The contract(s) will be concluded without guaranteed minimum purchase
quantities.
On the basis of legitimate confidentiality interests, the client will
make the tender documents available to the tenderer only after receipt
of the confidentiality agreement signed by the tenderer. The NDA can be
downloaded via Negometrix under the following link:
[6]https://platform.negometrix.com/PublishedTenders.aspx?tenderid=11223
4
Authorised to call for this framework agreement are also companies
affiliated with the client within the meaning of §§ 15 ff. AktG.
Hence, call-offs under this contract can be made by the client (TenneT
Offshore GmbH) and / or one of the following authorised entities:
TenneT TSO GmbH,
TenneT Offshore 1. Beteiligungsges. mbH,
TenneT Offshore 7. Beteiligungsges. mbH,
TenneT Offshore 9. Beteiligungsges. mbH,
TenneT Offshore DolWin3 GmbH & Co. KG,
DC Nordseekabel GmbH & Co. KG,
TenneT TSO B.V.
For both lots 1 + 2, provision of ERRV/guard vessels, the following
projects [NorNed, BritNed, Cobra] are included in the SoW as long as
there is not existing an earlier contract that still is applicable and
includes provision of such vessels for safeguarding activities.
For both lots 1 + 2, provision of ERRV/guard vessels, TenneT will only
place call-off orders w.r.t. to this contract as soon and as long
TenneT is in the full responsibility to purchase those demands. In
cases of joined projects for which TenneT is not in full charge of
provision of suchvessels, the Contractor is not entitled to claim for
providing such vessel services to TenneT.
VI.4)Rechtsbehelfsverfahren/Nachprüfungsverfahren
VI.4.1)Zuständige Stelle für Rechtsbehelfs-/Nachprüfungsverfahren
Regierung Mittelfranken Vergabekammer Nordbayern
Postfach 606
Ansbach
91511
Deutschland
Telefon: +49 981531277
E-Mail: [7]vergabekammer.nordbayern@reg-mfr.bayern.de
Fax: +49 981531837
Internet-Adresse: [8]http://www.regierung.mittelfranken.bayern.de
VI.4.2)Zuständige Stelle für Schlichtungsverfahren
Regierung Mittelfranken Vergabekammer Nordbayern
Postfach 606
Ansbach
91511
Deutschland
Telefon: +49 981531277
E-Mail: [9]vergabekammer.nordbayern@reg-mfr.bayern.de
Fax: +49 981531837
Internet-Adresse: [10]http://www.regierung.mittelfranken.bayern.de
VI.4.3)Einlegung von Rechtsbehelfen
VI.4.4)Stelle, die Auskünfte über die Einlegung von Rechtsbehelfen
erteilt
Regierung Mittelfranken Vergabekammer Nordbayern
Postfach 606
Ansbach
91511
Deutschland
Telefon: +49 981531277
E-Mail: [11]vergabekammer.nordbayern@reg-mfr.bayern.de
Fax: +49 981531837
Internet-Adresse: [12]http://www.regierung.mittelfranken.bayern.de
VI.5)Tag der Absendung dieser Bekanntmachung:
09/02/2019
[BUTTON] ×
Direktlinks
HTML ____________________
PDF ____________________
XML ____________________
[BUTTON] Schließen
References
1. mailto:dominik.schellhase@tennet.eu?subject=TED
2. https://www.tennet.eu/de/
3. https://platform.negometrix.com/PublishedTenders.aspx?tenderid=112234
4. https://platform.negometrix.com/PublishedTenders.aspx?tenderid=112234
5. https://platform.negometrix.com/PublishedTenders.aspx?tenderid=112234
6. https://platform.negometrix.com/PublishedTenders.aspx?tenderid=112234
7. mailto:vergabekammer.nordbayern@reg-mfr.bayern.de?subject=TED
8. http://www.regierung.mittelfranken.bayern.de/
9. mailto:vergabekammer.nordbayern@reg-mfr.bayern.de?subject=TED
10. http://www.regierung.mittelfranken.bayern.de/
11. mailto:vergabekammer.nordbayern@reg-mfr.bayern.de?subject=TED
12. http://www.regierung.mittelfranken.bayern.de/
--------------------------------------------------------------------------------
Database Operation & Alert Service (icc-hofmann) for:
The Office for Official Publications of the European Communities
The Federal Office of Foreign Trade Information
Phone: +49 6082-910101, Fax: +49 6082-910200, URL: http://www.icc-hofmann.de
|